C1DA--636-128 AE Foundational Services Outpatient Clinic - NWI (VA-24-00067088)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Federal
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159370588958953
Posted Date: Apr 30, 2024
Due Date: May 10, 2024
Solicitation No: 36C77624Q0213
Source: Members Only
Follow
C1DA--636-128 AE Foundational Services Outpatient Clinic - NWI (VA-24-00067088)
Active
Contract Opportunity
Notice ID
36C77624Q0213
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
PCAC HEALTH INFORMATION (36C776)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 30, 2024 02:43 pm EDT
  • Original Response Date: May 10, 2024 05:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 09, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C1DA - ARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    , 50310
Description
SYNOPSIS:

INTRODUCTION:
This notice is for market research and information purposes only at this time and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA).

The Department of Veterans Affairs, Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) is conducting a market survey and is seeking potential sources for the Minor Foundational Services Outpatient Clinic Design Project at the Veterans Affairs Central Iowa Health Care System (VACIHCS) located in Des Moines, IA.

PROJECT DESCRIPTION:
The Architect/Engineer (A/E) shall develop a complete design, construction cost estimates, and prepare construction documents to construct a clinic to provide Outpatient Rehabilitation and Ancillary services at the Veterans Affairs Central Iowa Health Care System (VACIHCS) in Des Moines, IA. The project objectives are to prepare construction documents for a new Outpatient Rehabilitation and Ancillary Services clinic that would include Spinal Cord Injury (SCI) rehabilitation, Traumatic Brain Injury (TBI), Geriatric Support clinics, Pain Management Clinics (Opioid Reduction, Chiropractic, Acupuncture), Physical Therapy, Occupational Therapy, etc. to further improve Veteran experiences by co-locating and right sizing the clinics. The design shall take into consideration the design for a Steam/Chilled Water Tunnel connecting this building to the boiler/chiller plant. The new building shall encompass 11,000 gross square feet (GSF) and be designed to accept a future second story. . The A/E shall provide a complete construction ready design, Scope of Work, construction cost estimate and percent-loaded construction schedule including identifying the critical path. The completed design will satisfy all requirements assuring compliance with all applicable local, state and VA/federal codes and guidelines. The proposed designs should provide construction plans and specifications to include but not limited to: HVAC Systems; Plumbing and Sanitary Systems; Power Distribution Systems (Equipment, Normal, and Emergency Power Requirements); Communication Systems; EMCS (BACnet Protocol); VA requirements for Life Safety Mission Critical facilities; CCTV Monitoring and Surveillance; Physical Access Control Systems (PACS); Duress, Security, Phones and Intercom System (DSPI); and Utility Connections (water, heat, steam, chilled water). All other work related to provide a complete and usable project based on the requirements stated above.
PROCUREMENT INFORMATION:
The proposed project will be a competitive, firm-fixed-price design contract. The anticipated solicitation will be issued utilizing FAR part 36. The type of socio-economic set-aside, if any, will depend upon the responses to this notice and any other information gathered during the market research process.

This project is planned for advertising in mid to late August 2024. The North American Industry Classification System (NAICS) code 541330 applies to this procurement. In accordance with 836.204 Disclosure of the magnitude of construction projects, the estimated cost of construction is between $10,000,000.00 and $20,000,000.00.
CAPABILITY STATEMENT:
Respondents shall provide a general capabilities statement to include the following information:

Section 1: Provide company name, DUNS number and Unique Entity Identifier (UEI), company address, Point-of-Contact name, phone number and email.

Section 2: Provide company business size based on NAICS code 541330. Also, provide business type (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-Owned Small Business, Hub Zone Small Business, etc.).

Section 3: Provide a Statement of Interest in the project.

Section 4: Provide the type of work your company has performed in the past in support of the same or similar requirement. This section is IMPORTANT as it will help to determine the type of socio-economic set-aside, if any. Please provide the following in your response:
No more than three (3) contracts that your company has performed within the last seven (7) years that are of comparable size, complexity, and scope to this requirement. Include the project name, project scope, project size (Example: square footage), building use (Example: Medical Facility, Office Building, etc.), project dollar value, start and completion dates.
Include a narrative for each project that relates the submitted project to the subject requirement in terms of size, scope, and complexity. Describe specific technical skills your company possesses to perform the requirements described under description of work.
Describe your Self-Performed** effort (as either a Prime or Subcontractor). Describe Self-Performed work in terms of dollar value and description. **Self-Performed means work performed by the offeror themselves, NOT work performed by another company for them for any of the project examples provided.
It is requested that interested contractors submit an electronic response that addresses the above information. Please submit as a PDF, hard copies will not be accepted. Please also include a cover page, which includes, at a minimum: the company s name, address, Dun & Bradstreet number, Unique Entity Identifier, socio-economic status, point-of-contact name, phone number, and e-mail address. Responses shall be submitted via email to the primary point of contact listed below by May 10, 2024 at 5:00 PM ET. No phone calls will be accepted.

The Capabilities Statement submitted in response to this Sources Sought shall not be considered to be a bid or proposal. This notice is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. No evaluation letters and/or results will be issued to the respondents. After completing its analyses, the Government will determine whether to limit competition among the small business categories listed above or proceed with full and open competition as other than small business.

At this time no solicitation exists; therefore, please do not request a copy of the solicitation. If a solicitation is released it will be synopsized in Contract Opportunities at https://sam.gov/. It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis.

Primary Point of Contact:

Dawn Schydzik
Contract Specialist
Dawn.Schydzik@va.gov
Attachments/Links
Contact Information
Contracting Office Address
  • 6150 OAK TREE BLVD SUITE 300
  • INDEPENDENCE , OH 44131
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 30, 2024 02:43 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >